Elevator Maintenance Service and Testing - Miami River Area

SOL #: W912QR26QA019Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W072 ENDIST LOUISVILLE
LOUISVILLE, KY, 40202-2230, United States

Place of Performance

Place of performance not available

NAICS

Facilities Support Services (561210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Service And Trade Equipment (J035)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Apr 10, 2026, 2:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The U.S. Army Corps of Engineers (USACE), Louisville District, is soliciting quotes for Elevator Maintenance Service and Testing for facilities in the Miami River Area (Ohio and Indiana). This opportunity is for a single-award Blanket Purchase Agreement (BPA), set aside for Small Businesses, with award based on the lowest evaluated price. Quotes are due April 10, 2026, at 10:00 AM ET.

Scope of Work

The contractor will provide routine maintenance, annual (no-load) safety tests, 5-year (full-load) safety tests, and repair services for one elevator at the intake tower of each of four USACE project sites: Caesar Creek Lake (OH), William H. Harsha Lake (OH), Clarence J. Brown Dam and Reservoir (OH), and Brookville Lake (IN). All services must comply with ANSI/NETA Maintenance Testing Standard (MTS) and other applicable ANSI standards (A17.1, A.17.2, A.17.3). The contractor must be a licensed elevator repair business with a minimum of three years of experience. Each call under the BPA will have a 60-calendar-day period of performance.

Contract Details

  • Contract Type: Single-Award Blanket Purchase Agreement (BPA)
  • Set-Aside: Small Business
  • NAICS: 561210 (Facilities Support Services) with a $47M size standard
  • PSC: J035 (Maintenance, Repair And Rebuilding Of Equipment: Service And Trade Equipment)
  • Ordering Period: Five (5) years from the date of award
  • Overall Period of Performance: Date of Award through December 31, 2030 (including option years)
  • BPA Master Dollar Limit: $99,999.00
  • BPA Call Limit: $33,333.00

Submission & Evaluation

  • Quotes Due: April 10, 2026, at 10:00 AM Eastern Time
  • Questions Due: April 3, 2026, at 2:00 PM Eastern Time
  • Submission Method: Electronically via the PIEE Solicitation Module. Faxed, telephoned, or mailed quotes will not be accepted.
  • Required Submissions: Completed Price Breakout Schedule and Representations & Certifications form.
  • Evaluation Basis: Lowest Price Evaluated (base and all options). The Government reserves the right to award based on initial quotes without discussions.
  • Eligibility: Offerors must be registered in SAM.gov with a Unique Entity Identifier (UEI).

Important Notes

Amendment 0001 addresses contractor questions and provides updated wage determinations for specific counties in Ohio and Indiana. All amendments must be acknowledged by contractors. Site visits are encouraged and can be arranged. Applicable wage determinations (2015-5783 Rev 31, 2015-4739 Rev 28, 2015-4719 Rev. 31) are incorporated.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View
View

Versions

Version 4
Solicitation
Posted: Mar 31, 2026
View
Version 3
Solicitation
Posted: Mar 31, 2026
View
Version 2Viewing
Solicitation
Posted: Mar 30, 2026
Version 1
Solicitation
Posted: Mar 25, 2026
View